Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SOURCES SOUGHT

Z -- Munitions Response Actions at Vieques, Puerto Rico

Notice Date
2/25/2020 6:49:13 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508 USA
 
ZIP Code
23508
 
Solicitation Number
N6247020R2004
 
Response Due
3/26/2020 1:00:00 PM
 
Archive Date
04/10/2020
 
Point of Contact
Jennifer W. McDonald, Phone: 7573228154
 
E-Mail Address
jen.mcdonald@navy.mil
(jen.mcdonald@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This Sources Sought Notice is being used as a market research tool to determine the availability and adequacy of potential qualified small business source prior to determining the method of acquisition and issuance of a solicitation.� All Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB) certified under the Small Business Administration�s (SBA�s) 8(a) Business Development Program, Historically Underutilized Business Zone Small Businesses (HUBZone SB) certified by SBA, and all other small businesses are encouraged to respond. �If you are a HUBZone or an 8(a) Small Business, please submit the SBA Certification Letter or contact information for assigned SBA Business Development Specialist. Responses to this notice will determine the feasibility and/or basis for the Navy�s decision to proceed with an acquisition. Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns.�� The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Large business submittals will not be considered. NAVFAC Atlantic is seeking to identify potential sources with the capacity, experience and interest in competing for a contract for a cost-plus-award-fee (CPAF), indefinite delivery indefinite quantity (ID/IQ) contract for Munitions Response Actions in Vieques, Puerto Rico and other Sites in NAVFAC�s area of responsibility or worldwide.�� The assigned North American Industry Classification System (NAICS) code for this requirement is 562910, Environmental Remediation Services, with a Small Business Size Standard of 750 employees. �If the solicitation is issued, the contract will consist of a base period and four (4) one-year options totaling five (5) years of performance.� The anticipated total work to be issued over the life of the contract via task orders is estimated at $95 million. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the following services.� The general scope of work includes, but is not limited to, conducting munitions response actions to allow lands and waters potentially impacted by munitions to be safely used for their planned purpose. �The work includes Munitions Response Action services to be performed predominately at former Navy facilities on Vieques, Puerto Rico. Work may also be performed at other sites located within the area of responsibility of the Naval Facilities Engineering Command, including the continental United States, the Caribbean, Europe, Africa, Southwest Asia, Hawaii, Far East, Pacific, and other locations as required by the Government. The contractor may, on occasion, be required to perform multiple tasks worldwide for any U.S. Government Agency. �The munitions response actions may include investigations, removal actions, and remedial actions in terrestrial areas (on or beneath the land surface) and/or aquatic environments (marsh areas, surf zones, intertidal areas, ocean, lakes, or other underwater areas.) �The contractor shall perform services that include safely locating, identifying, recovering, evaluating, managing, and performing final disposition of munitions and other debris removed from the site as designated in individual task orders. �The Contractor will perform this work in accordance with the Department of Defense Explosives Safety Board requirements, the Defense Environmental Restoration Program (DERP), Comprehensive Environmental Response Compensation, and Liability Act (CERCLA), the National Contingency Plan (NCP), and compliance with other applicable laws and regulations.� Projects are typically $10 million or more.���� Additionally, firms must have an accounting system that can adequately estimate and track cost, which has been determined adequate by Defense Contract Audit Agency (DCAA) for performance of government cost type contracts.�� SUBMITTAL REQUIREMENTS:� Interested sources should respond to all questions presented in the Sources Sought Capabilities Questionnaire provided within this announcement.� Responses to the questions should be in Times New Roman, font size 12.� Only information presented in response to the Questionnaire will be reviewed and considered.� No additional information submitted will be reviewed or considered.� Note: The Government does not intend to rank submittals or provide any reply to interested firms.� Submit your completed responses no later than 26 March 2020 to the Contract Specialist, Jen McDonald, via email in PDF or MS Word format to jen.mcdonald@navy.mil.� This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. For purpose of market research, any other information available to the Government may also be utilized. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. �The Government will not provide a 'debrief ' on the results of the survey. �All information submitted will be held in a confidential manner and will only be used for the purpose intended. POINT OF CONTACT: Jen McDonald, Contract Specialist, (757) 322-8154, jen.mcdonald@navy.mil RESPONSES ARE DUE NO LATER THAN THURSDAY, 26 MARCH 2020. �LATE RESPONSES WILL NOT BE ACCEPTED.� Questions or comments regarding this notice may be addressed in writing to Jen McDonald via email at jen.mcdonald@navy.mil.� No telephone questions will be accepted.� NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME.� THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS.� ALL INFORMATION SUBMITTED IS AT THE OFFEROR�S OWN EXPENSE.� ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS.� We appreciate your interest and thank you in advance for responding to this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf784c61ad93476db8222e0b6813e4a3/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN05572348-F 20200227/200225230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.